Opportunity

Supply & Distribution of Baby Packs

  • Rotherham Metropolitan Borough Council

F02: Contract notice

Notice reference: 2024/S 000-011644

Published 10 April 2024, 2:18pm



Section one: Contracting authority

one.1) Name and addresses

Rotherham Metropolitan Borough Council

Riverside House, Main Street

Rotherham

S60 1AE

Contact

Yvonne Dutton

Email

yvonne.dutton@rotherham.gov.uk

Telephone

+44 1709334165

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

GB173552264

Internet address(es)

Main address

https://www.rotherham.gov.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104118

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=79417&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=79417&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply & Distribution of Baby Packs

Reference number

23-226

two.1.2) Main CPV code

  • 33750000 - Baby care products

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Council is seeking an organisation who has the capability and capacity to Supply and Distribute of Baby packs throughout the borough of Rotherham.

The Baby Pack Scheme is a cornerstone of Rotherham’s commitment to provide all children with the best possible start in life. Recognising that many families struggle to access even the most basic necessities, this scheme aims to ease the early burden of parenthood and promote healthy child development from the very beginning.

The Council are seeking a Provider who has the capability and competency to plan, source, store and deliver the baby pack scheme in Rotherham for maximum start date of 1st September 2024.

The baby pack scheme consists of purchasing and delivering an agreed Baby Pack to parents, foster parents, kinship carers, and newborn babies.

Bidders are advised to read the full tender pack including the full specification of requirements and contract documents before making a submission.

two.1.5) Estimated total value

Value excluding VAT: £1,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85322000 - Community action programme
  • 85323000 - Community health services
  • 98000000 - Other community, social and personal services
  • 98300000 - Miscellaneous services
  • 98390000 - Other services
  • 60161000 - Parcel transport services
  • 64121200 - Parcel delivery services
  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
  • UKE3 - South Yorkshire
  • UKE - Yorkshire and the Humber
  • UK - United Kingdom
Main site or place of performance

Within the Borough of Rotherham

two.2.4) Description of the procurement

The Baby Pack Scheme is a cornerstone of Rotherham’s commitment to provide all children with the best possible start in life. Recognising that many families struggle to access even the most basic necessities, this scheme aims to ease the early burden of parenthood and promote healthy child development from the very beginning.

The Council are seeking a Provider who has the capability and competency to plan, source, store and deliver the baby pack scheme in Rotherham for maximum start date of 1st September 2024.

The baby pack scheme consists of purchasing and delivering an agreed Baby Pack to parents, foster parents, kinship carers, and newborn babies.

Bidders are advised to read the full tender pack including the full specification of requirements and contract documents before making a submission.

This is an open procurement procedure and the contract will be established on the basis of Goods and Services Contract Terms.

It is anticipated that the contract will commence on 02/09/2024 and will run for a period of 24 months of the initial contract term making the expiry date 01/09/2026 (the pilot period). The contract may be extended by 36 months in any combination, subject to the completion of a successful pilot period and at the sole discretion of the Council making the latest possible expiry date 01/09/2029.

Bidders are advised that the budget available for the provision of this contract is £360,000 per annum giving a potential contract value of £720,000 for the initial 24 months contract term (the pilot period). Subject to a successful completion of the pilot of the scheme there is the option to extend for a further 36 months giving an overall contract value of £1,800,000. Any bids that fall outside this budget will be rejected.

Pricing will remain fixed for the initial contract term (24 months, the pilot period) after which the pricing will be subject to negotiation with the successful organisation but capped at a maximum increase in line with CPI (June 25 – June 26). This will be applicable for each extension period.

Bidders are advised that the budget available for the provision of this contract is £360,000 per annum giving a potential contract value of £720,000 for the initial 24 months contract term (the pilot period). Subject to a successful completion of the pilot of the scheme there is the option to extend for a further 36 months giving an overall contract value of £1,800,000. The award of any extensions will be subject to approved funding. Any bids that fall outside this budget will be rejected. Pricing will remain fixed for the initial contract term (24 months, the pilot period) after which the pricing will be subject to negotiation with the successful organisation but capped at a maximum increase in line with CPI (June 25 – June 26). This will be applicable for each extension period.

The Council is committed to a performance and evidence-based approach to Social Value and has partnered with the Social Value Portal (SVP) to assist in the delivery of this. Based on the National TOMs (Themes, Outcomes and Measures) developed by the Social Value Portal, bidders are required to propose credible commitments against which performance (for the successful bidder) will be monitored.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

To be determined subject to the successful delivery of the programme.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

As described in the tender documentation.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

This agreement is for the sole use of Rotherham Metropolitan Borough Council.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As described in tender documentation.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in tender documentation.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 May 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

13 May 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

As defined in the tender documentation

six.4) Procedures for review

six.4.1) Review body

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

six.4.4) Service from which information about the review procedure may be obtained

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom